HomeMy WebLinkAbout1994 IRFQ 18/19-119, Paint & Body, Sanford PaintCITY OF
0
FORD
FINANCE DEPARTMENT
Wednesday, November 14, 2018
TO: City Clerl"'+ r &,�, P
RF: IRFQ 18/19-119 Auto Paint and Body Repairs (3) contractors
The item(s) noted below is/are attached and forwarded to your office for the following action(s):
❑
Development Order
❑
Mayor's signature
❑
Final Plat (original mylars)
❑
Recording
❑
Letter of Credit
❑
Rendering
❑
Maintenance Bond
Safe keeping (Vault)
❑
Ordinance
❑
Deputy City Manager
❑
Performance Bond
❑
Payment Bond
❑
Resolution
❑
City Manager Signature
❑
❑
City Clerk Attest/Signature
❑
City Attorney/Signature
Once completed, please:
❑ Return originals to Purchasing- Department
❑ Return copies
❑
Special Instructions: The PO's are less than $50,000 does not need CC approval.
1. DBG, Ltd. Co.
2. Sanford Paint and Body Inc
3. Martins Collision Center
Ma-rri� G ardo- z
From
SharePoint Finance_Purchasing_Forms - 2018.doc
LA � 1
Date
AGREEMENT BETWEEN THE CITY OF SANFORD AND
SANFORD PAINT AND BODY, INC./IRFQ 18119-119 AUTO PAINT AND BODY
REPAIRS
THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this
day of yt°1 , 2018, by and between the City of Sanford, Florida, a
Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300
North Park Avenue, Sanford, Florida 32771, and Sanford Paint and Body, Inc., a Florida
corporation, whose address is 2601 County Club Road, Sanford, Florida 32771,
(hereinafter referred to as "SPBI"). The City and SPBI may be collectively referenced
herein as the "parties".
WITNESSETH:
IN CONSIDERATION of the mutual covenants, promises, and representations
contained herein and other good and valuable consideration, the receipt and sufficiency
of which is hereby acknowledged, the parties hereto agree as follows:
Section 1. Recitals. The above statements are true and form a material
part of this Agreement upon which the parties have relied.
Section 2. Authority. Each party hereto represents to the other that it has
undertaken all necessary actions to execute this Agreement, and that it has the legal
authority to enter into this Agreement and to undertake all obligations imposed on it.
The persons executing this Agreement for each party certify that they are authorized to
bind the party fully to the terms of this Agreement.
Section 3. Scope of Agreement; Direction of Services.
(a). This Agreement is for the services set forth in the attachments hereto and
SPBI agrees to accomplish the provision of goods and services and actions specified in
the attachments for the compensation set forth in those documents relating to the
provision of auto painting and body repairs. Goods and services may be ordered and
directed by the City by means of City purchase orders/work orders.
(b). It is recognized that SPBI shall perform services as otherwise directed by
the City all of such services to include all labor and materials that may be required
including, but in no way limited to, the services provided by subconsultants as may be
approved by the City.
(c). The City's contact/project manager for all purposes under this Agreement
shall be the following:
Ms. Marisol Ordonez
Purchasing Manager
Finance -Purchasing Division
11 Page
City of Sanford
Post Office Box 1788
Sanford, Florida 32772
Phone: 407.688.5028
Section 4. Effective Date and Term of Agreement. This Agreement
shall take effect on the date that this Agreement is fully executed by the parties hereto.
This Agreement shall be in effect for a term of 3 years and, upon the exercise of an
option to renew by the City, for 2 additional terms of 1 year each. In any event, this
Agreement shall remain in effect until the services to be provided by SPBI to the City
under each work order have been fully performed in accordance with the requirements
of the City; provided, however, that, the indemnification provisions and insurance
provisions of the standard contractual terms and conditions referenced herein shall not
terminate and the protections afforded to the City shall continue in effect subsequent to
such services being provided by SPBI No services have commenced prior to the
execution of this Agreement that would entitle SPBI for any compensation therefor.
Notwithstanding the foregoing, the City may unilaterally terminate this Agreement in the
event that the City is not satisfied with the goods or services provided by SPBI within
the 6 calendar months commencing on the first day of the first month after this
Agreement commences.
Section 5. Compensation. The parties agree to compensation as set forth
in the attachments hereto and as may be set forth in each purchase/work order issued
by the City.
Section 6. Standard Contractual Terms and Conditions. All "Standard
Contractual Terms and Conditions", as provided on the City's website, apply to this
Agreement. Such Terms and Conditions may be found at the City's website
(www.SanfordFL.gov). The parties shall also be bound by the purchasing policies and
procedures of the City as well as the controlling provisions of Florida law. Work orders
shall be used, in accordance therewith, in the implementation of this Agreement to the
extent deemed necessary by the City in its sole and absolute discretion.
Section 7. SPBI's Mandatory Compliance with Chapter 119, Florida
Statutes, and Public Records Requests.
(a). In order to comply with Section 119.0701, Florida Statutes, public records
laws, SPBI must:
(1). Keep and maintain public records that ordinarily and necessarily would be
required by the City in order to perform the service.
(2). Provide the public with access to public records on the same terms and
conditions that the City would provide the records and at a cost that does not exceed
the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
21Pa,e
(3). Ensure that public records that are exempt or confidential and exempt
from public records disclosure requirements are not disclosed except as authorized by
law.
(4). Meet all requirements for retaining public records and transfer, at no cost,
to the City all public records in possession of SPBI upon termination of the contract and
destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. All records stored electronically must be
provided to the City in a format that is compatible with the information technology
systems of the City.
(b). If SPBI does not comply with a public records request, the City shall
enforce the contract provisions in accordance with this Agreement.
(c). Failure by SPBI to grant such public access and comply with public
records requests shall be grounds for immediate unilateral cancellation of this
Agreement by the City. SPBI shall promptly provide the City with a copy of any request
to inspect or copy public records in possession of SPBI and shall promptly provide the
City with a copy of SPBI's response to each such request.
(d). IF THE CONTRACTORIVENDOR HAS QUESTIONS
REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA
STATUTES, TO THE CONTRACTOR'S (VENDOR'S) DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (407) 688-5012,
TRACI HOUCHIN, CMC, FCRM, CITY CLERK, CITY OF SANFORD, CITY
HALL, 300 NORTH PARK AVENUE, SANFORD, FLORIDA 32771,
TRACI.HOUCHIN@SANFORDFL.GOV.
Section 8. Time is of the Essence. Time is hereby declared of the essence
as to the lawful performance of all duties and obligations set forth in this Agreement.
Section 9. Entire Agreement/Modification. This Agreement, together
with all "Standard Contractual Terms and Conditions", as provided on the City's website
and the attachments hereto (the documents relative to the procurement activity of the
City leading to the award of this Agreement) constitute the entire integrated agreement
between the City and SPBI and supersedes and controls over any and all prior
agreements, understandings, representations, correspondence and statements whether
written or oral in connection therewith and all the terms and provisions contained herein
constitute the full and complete agreement between the parties hereto to the date
hereof. This Agreement may only be amended, supplemented or modified by a formal
written amendment of equal dignity herewith. In the event that SPBI issues a purchase
order, memorandum, letter, or any other instrument addressing the services, work, and
materials to be provided and performed pursuant to this Agreement, it is hereby
specifically agreed and understood that any such purchase order, memorandum, letter,
3 1 P a a e
or other instrument shall have no effect on this Agreement unless agreed to by the City,
specifically and in writing in a document of equal dignity herewith, and any and all
terms, provisions, and conditions contained therein, whether printed or written or
referenced on a Web site or otherwise, shall in no way modify the covenants, terms,
and provisions of this Agreement and shall have no force or effect thereon.
Section 10. Severability. If any term, provision or condition contained in
this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of
this Agreement, or the application of such term, provision or condition to persons or
circumstances other than those in respect of which it is invalid or unenforceable, shall
not be affected thereby, and each term, provision and condition of this Agreement shall
be valid and enforceable to the fullest extent permitted by law when consistent with
equity and the public interest.
Section 11. Waiver. The failure of the City to insist in any instance upon
the strict performance of any provision of this Agreement, or to exercise any right or
privilege granted to the City hereunder shall not constitute or be construed as a waiver
of any such provision or right and the same shall continue in force.
Section 12. Captions. The section headings and captions of this Agreement
are for convenience and reference only and in no way define, limit, describe the scope
or intent of this Agreement or any part thereof, or in any way affect this Agreement or
construe any provision of this Agreement.
Section 13. Counterparts. This Agreement may be executed in any
number of counterparts, each of which shall be deemed an original, but all of which,
taken together, shall constitute one and the same document.
Section 14. Binding Effect. This Agreement shall be binding upon and
inure to the benefit of the successors in interest, transferees and assigns of the parties.
Each party hereto represents to the other that it has undertaken all necessary actions to
execute this Agreement, and that it has the legal authority to enter into this Agreement
and to undertake all obligations imposed on it. The signatories hereof represent that
they have the requisite and legal authority to execute this Agreement and bind the
respective parties herein.
Section 15. Remedies. The rights and remedies of the parties, provided for
under this Agreement, are in addition to any other rights and remedies provided by law
or otherwise necessary in the public interest.
Section 16. Governing law, Venue and Interpretation. This Agreement is
to be governed by the laws of the State of Florida. Venue for any legal proceeding
related to this Agreement shall be in the Eighteenth JudicW Circuit Court in and for
Seminole County, Florida. This Agreement is the result of bona fide arms length
negotiations between the City and SPBI, and all parties have contributed substantially
and materially to the preparation of the Agreement. Accordingly, this Agreement shall
4 P a g e
not be construed or interpreted more strictly against any one party. than against any
other party and all provisions shall be applied to fulfill the public interest.
IN WITNESS WHEREOF, the City and SPB1 have executed this instrument for
the purpose herein expressed.
VfXa7 L. Colbeft, City Attorney- A
ATTEST., SANFQ-RP PAINT AND BODY, INC.
By: t
David–Vartin'
Signature V\fitn—es-s # 1 Sole Corporate Officer
Printed N 0, A)vv)10 y Dated:
,aMe Witness # 5
Signture Witness # 2 '
Print Name Witness # 2
51 Page
Exhibit "A" Price Sheet
61Page
BIDDER INFORMATION -
DUE � �! �. DUE DATE: October 11, 2018 at 2:00 P. M. Local Time
Name of Firm.{.............�...✓................. Ci1y of Sanford Purchasing Division
�w Contact Person: Marjsol Ordofiez, Purchasing Manager
Address:.............................................................:............. Address: 300 N. Park Avenue Suite 243
Address: .......................................................... City, State, Zip: Sanford, Florida 32771
............................. Phone Number: 407.688.5028, or ext. 5030
��.- ��77rr-�-� JJ Fax Number: 407.688.5021
City/State/Zip Code .............................
.... � ..[...t:.1....... Email: purchasing@sanfordfl.gov
J .................
For Div./Dept./Office: Bill Getman, FleetMaint Supervisor
Contact Person: ..... ............................... ................
......... Delivery Address: Public Works -Fleet Maintenance Division
800 W. Fulton Street
...�y
Phone Number: ........
�..71 z..3 ..... rr�� t ...... Sanford, Florida 32771
Fax Number:......... .�..F......... c(�?.........1...'^t.... ISSUED BATE: September , 201$
Email:_t r @ 30ino-C can*
�' ....
BIDDER'S PRINTED NAME:Dav1a...f A6_ '�'( f:.,... BIDDER'S SIGNATURE :.................. .__.:...»......................
Title..... ..« ................................. -•-------------------------- --- - -.. Harp. t � N6
BY DUE DATE AND TIME VIA FAX MAIL OR EMAIL TO CONTACT PERSON ST.
1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of auto paint and body repairs.
2. Deliverables and Scone of Services The successful Bidder shall provide all necessary material, goods, labor, etcetera
to auto paint and body repairs.
Existing Material Removal: The successful Bidder shall be responsible for:the safe removal, hauling and appropriate
disposal of existing material removed as a result of this project. Before any removal is to take place, the successful Bidder
shall coordinate with the assigned City representative to ensure this activity does not interfere with any other events or
projects in progress at the facility as applicable.
Delivery and Set -Up: Delivery shall be made to Fleet Division, located at: 800 W. Fulton Street, Sanford FL, 32771
between the hours of 6:30 A.M. and 5:00 P.M. Monday through Thursay. The successful Bidder shall be responsible for
coordinating the delivery of all goods/services in a timely manner.
Partial deliveries or deliveries on any other date and time shall not be allowed unless written authorization has been obtained
from the appropriate City authorized representative. The City shall not pay for any storage charges, Cash on Delivery
(C.O.D.) shipments, or packaging or drayage charges. The successful Bidder shall be responsible for all risk of loss, any
damage and/or stolen materials and equipment while in transit to the Applicable Paint and Body repair facility.
Delivery and Time Performance: Project completion shall be attained no later. than a reasonable timeframe from the date
a purchase order has been issued by the City to the successful Bidder. At approximately within 24 hours after teardown and
parts availability the city will be notified after issuance of the purchase order by the City, the successful Bidder shall update
the appropriate City representative providing a tentative delivery schedule and project commencement date.
This delivery schedule shall be further updated if there are any changes or delays as well as twenty-four (24) hours prior to
actual delivery to ensure the facility is accessible and ready to receive delivery. Any costs associated with deliveries not
properly coordinated with the appropriate City representative shall be borne by the successful Bidder.
Permitting: N/A; The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering,
PiJft-F•302 Rev. 03/2016
City of Sanford I Finance Department j Purchasing Division
CITY OF
SAlDTFtJRD
F€RR=4C£ OEFffi!'1.7fbIT
300 N. Park Avenue, Sanford, Florida 32771
Phone: 407.688.5028 or extension 5430 Fax: 407.688.5021
FORM
jjY] Ts
TQ
INFORMAL REQUEST FOR QUOTE
IRI'Q-18119-119
AUTO PAINT & BODY REPAIRS
BIDDER INFORMATION -
DUE � �! �. DUE DATE: October 11, 2018 at 2:00 P. M. Local Time
Name of Firm.{.............�...✓................. Ci1y of Sanford Purchasing Division
�w Contact Person: Marjsol Ordofiez, Purchasing Manager
Address:.............................................................:............. Address: 300 N. Park Avenue Suite 243
Address: .......................................................... City, State, Zip: Sanford, Florida 32771
............................. Phone Number: 407.688.5028, or ext. 5030
��.- ��77rr-�-� JJ Fax Number: 407.688.5021
City/State/Zip Code .............................
.... � ..[...t:.1....... Email: purchasing@sanfordfl.gov
J .................
For Div./Dept./Office: Bill Getman, FleetMaint Supervisor
Contact Person: ..... ............................... ................
......... Delivery Address: Public Works -Fleet Maintenance Division
800 W. Fulton Street
...�y
Phone Number: ........
�..71 z..3 ..... rr�� t ...... Sanford, Florida 32771
Fax Number:......... .�..F......... c(�?.........1...'^t.... ISSUED BATE: September , 201$
Email:_t r @ 30ino-C can*
�' ....
BIDDER'S PRINTED NAME:Dav1a...f A6_ '�'( f:.,... BIDDER'S SIGNATURE :.................. .__.:...»......................
Title..... ..« ................................. -•-------------------------- --- - -.. Harp. t � N6
BY DUE DATE AND TIME VIA FAX MAIL OR EMAIL TO CONTACT PERSON ST.
1. Intent. The intent of this solicitation is to select a successful Bidder for the provision of auto paint and body repairs.
2. Deliverables and Scone of Services The successful Bidder shall provide all necessary material, goods, labor, etcetera
to auto paint and body repairs.
Existing Material Removal: The successful Bidder shall be responsible for:the safe removal, hauling and appropriate
disposal of existing material removed as a result of this project. Before any removal is to take place, the successful Bidder
shall coordinate with the assigned City representative to ensure this activity does not interfere with any other events or
projects in progress at the facility as applicable.
Delivery and Set -Up: Delivery shall be made to Fleet Division, located at: 800 W. Fulton Street, Sanford FL, 32771
between the hours of 6:30 A.M. and 5:00 P.M. Monday through Thursay. The successful Bidder shall be responsible for
coordinating the delivery of all goods/services in a timely manner.
Partial deliveries or deliveries on any other date and time shall not be allowed unless written authorization has been obtained
from the appropriate City authorized representative. The City shall not pay for any storage charges, Cash on Delivery
(C.O.D.) shipments, or packaging or drayage charges. The successful Bidder shall be responsible for all risk of loss, any
damage and/or stolen materials and equipment while in transit to the Applicable Paint and Body repair facility.
Delivery and Time Performance: Project completion shall be attained no later. than a reasonable timeframe from the date
a purchase order has been issued by the City to the successful Bidder. At approximately within 24 hours after teardown and
parts availability the city will be notified after issuance of the purchase order by the City, the successful Bidder shall update
the appropriate City representative providing a tentative delivery schedule and project commencement date.
This delivery schedule shall be further updated if there are any changes or delays as well as twenty-four (24) hours prior to
actual delivery to ensure the facility is accessible and ready to receive delivery. Any costs associated with deliveries not
properly coordinated with the appropriate City representative shall be borne by the successful Bidder.
Permitting: N/A; The successful Bidder shall be solely responsible for all pertinent permits required as well as adhering,
PiJft-F•302 Rev. 03/2016
meeting and or exceeding all local, state, and national building codes.
City Responsibility: The City shall be responsible for:
a. Provide a designated set-up area for the successful Bidder to deliver all necessary materials and equipment required
for this project;
b. Provide access to the work area;
c. Provide towing and delivery of damaged vehicle as required;
d. The City shall make the facility available for evaluation and inspection accompanied by a City Representative by
calling 407.688-5000 Ext 5411 or 5412 to schedule an appointment; and,
e. Appointments will be given on a first come, first serve basis based on availability and will be given between the
hours of 6:30 A.M. and 5:00 P.M., Monday through Thursday.
Obligations of the Successful Bidder. It is understood that the successful Bidder shall provide and pay for all labor, tools,
materials, permits, equipment, transportation, supervision, and any and all other items or services, of any type whatsoever,
which are necessary to fully complete and deliver the goods/services requested by the City, and shall not have the authority
to create, or cause to be filed, any liens for labor and/or materials on, or against, the City, or any property owned by the
City. Such lien, attachment, or encumbrance, until it is removed, shall preclude any and ail claims or demands for any
payment expected by virtue of this project. The successful Bidder will ensure that all of its employees, agents, sub-
contractors, representatives, volunteers, and the like, fully comply with all of the terms and conditions set herein, when
providing services for the City in accordance herewith. The successful Bidder shall be solely responsible for the means,
methods, techniques, sequences, safety programs, and procedures necessary to properly and fully complete the work set
forth in the Scope of Services. The successful Bidder shall use appropriate tools and/or equipment which are in good repair
and proper working order, so as to enable the successful Bidder to complete the services required hereby.
Clean -Up: The successful Bidder shall be responsible for the removal, hauling, and legal disposal of all debris generated
as a result of performing the services for this turn -key solution on a daily basis; including up to, but not be limited to all
existing equipment removed, all packaging materials, crating, cardboard, protective packaging, liners, plastic, etcetera. Any
dumpsters located within Public Works compound shall not be used by the successful Bidder. The successful Bidder shall
broom clean the premises at the end of each day and upon completion of delivery, installation and, set-up.
Punch List: The designated City representative and the successful Bidder shall perform an inspection of all items delivered
and project completion by the successful Bidder. In the event any deficiencies are identified, a punch list shall be created
to outline all deficiencies discovered. After the punch list is issued to the successful Bidder, the successful Bidder shall
have reasonable but a timely manner timeframe to respond and correct all items listed on the punch list. In the event an
item must be replaced, an expected delivery date for said item shall be given to the City. Similarly, in the event an area
must be redone, an expected completion date shall be given to the City. Final acceptance and subsequent invoice processing
shall not be done by the City until all items on the punch list have been completed.
Public Emergencies: It is hereby made a part of this bid that before, during, and after a public emergency, disaster,
hurricane, tornado, flood, or other acts of God, City of Sanford shall require a "First Priority" for goods and services. It is
vital and imperative that the health, safety, and welfare ofthe citizens of Sanford are protected from any emergency situation
that threatens public health and safety as determined by the City. The Bidder agrees to rent/sell/lease all goods and services
to the City or governmental entities on a "first priority" basis. The City expects to pay contractual prices for all products
and/or services under the awarded Agreement in the event of a disaster, emergency, hurricane, tornado, flood, or other acts
of God. Should the Bidder provide the City with products and/or services not under the awarded Agreement, the City
expects to pay a fair and reasonable price for all products and/or services rendered or contracted in the event of a disaster,
emergency, hurricane, tornado, flood, or other acts of God.
The City shall select the lowest quote that is most responsive to the needs of the City as outlined herein. The bidder's price
response shall be accompanied by a detailed description of the requirement service to be offered.
3. Price Submittal. In accordance with the terms, conditions and specifications, I/we, as authorized signatory to commit
the firm, do hereby accept in total all the terms and conditions stipulated and referenced in this IRFQ document and hereby
submit the following prices for IRFQ-18119-114, Auto Paint and Body Repairs, as follows:
KE4. "LGl.GV7 25
Item
Description
Hourly Rate
1.
AUTO PAINTING
S 1 9 * 00
2.
BODY REPAIRS
1.1a) 1j,e
7
3.
TOTAL QUOTE PRICE
Additionally, please respond to the following questions by placing a cheek mark on the appropriate answer:
Item
Question
Response
Response
YES,
NO
1.
Did you include a copy of your Certificate of Liability Insurance (COI) with your
-
quote submittal?
2.
Include a copy of your Florida State License and W9
3.
Included a copy of the Business license
a.
The City will not consider alternates to the items listed above. If alternates are offered, the City will have the sole and unilateral right to
reject the alternate and purchase from vendor providing compliant items. Delivery time will be a factor in the evaluation of this IRFQ.
b.
All prices quoted shall remain firm for period of one (D year.with a (3) year contract after award of this IRFQ.
c.
Unit Price Accuracy: Please check the stated unit prices before submitting your quote; as no change in prices shall be allowed after the
due date and time. All prices and notations must be in ink or typewritten. In cases of extended price irregularities, unit price shall
prevail Please note that the City reserves the right to clarify and correct extended price amount errors.
d.
City of Sanford is exempt from Sales Tax. CerCificateNo. 85-801262168IC-8.
e.
If you are offering pricing which is based on other entity or agency solicitation pricing, clearly state so and include a copy of the applicable
solicitation with your submittal.
f.
Please read all terms and conditions, complete the requested information, and sign in the space provided on page 1.
g.
If not submitting a quotation, please indicate *NO BID" and return this form.
Critical Data:
a.
Please return your quote submittal via fax, mail or email to the requesting Division/Department/Office as outlined on page 1; by no later
than the due date and time outlined on page I or as revised thereof via written addenda.
b.
Please email questions regarding this quotation only fo the requesting Division/Department/Office. Any interpretations, clarifications, or
changes made will be in the form of written addenda issued by requesting Division/Department/Office.
c.
Pursuant to Section 22 of the City of Sanford Purchasing Policy, lobbying is strictly prohibited.
d.
Please note that all documents sent to the City as part of this IRFQ are considered a Public Record; as prescribed by Chapter 119, Florida
Statutes.
e.
Bidder must submit a copy of their Certificate of Insurance with their quote.
f
Any order resulting from this IRFQ shall be subject to the attached General Terms and Conditions and all applicable laws, policies and
procedures.
My. d.1.Z.tV1 -
ATTACHMENT "A" PRICE PROPOSAL
IRFO-18119-119, AUTO PAINT & BODY REPAIRS
Vwe, the undersigned, as authorized signatory to commit the firm, do hereby accept in total all the terms and
conditions stipulated and referenced in this IRFQ document and do hereby agree that if a contract is offered or
negotiated it will abide by the terms and conditions presented in the IRFQ document or as negotiated pursuant
thereto. The undersigned, having familiarized him/herself with the terms of the IRFQ documents, local
conditions, and the cost of the work at the place(s) where the work is to be done, hereby proposes and agrees
to perform within the time stipulated, all work required in accordance with the requirement and technical
specifications and other documents including Addenda, if any, on file at the City of Sanford Purchasing Division
for the price set forth herein in Attachment "A" Offer to Purchase and Acceptance of Informal Request for
Quote Terms and Conditions. The signature(s) below are an acknowledgment of my/our full understanding
and acceptance of all the terms and conditions set forth in this IRFQ document or as otherwise agreed to
between the parties in writing.
AFFIANT SIGNATURE
Typed Name of AFFIANT
0 Wk ike-c
Title
STATE OF
COUNTY OF,
he faregaing instrument was executed before me this day of 20 by
T
_, who persanal[y swore ar affirmed that he/she �s authorized to execute this dacumen#
and thereby bind the Corporation,
and who is persanaEly known to me OR has produced as identification.
Air,, 4" fila
1�149;4 4
NOTARY PUBLIC, State of
(-Stamp)
COMW
. . tISSIoN #28.209
FF I
MY '. Q1 _ - O9223
J'j �is 38nua'j 28.2019
99 ; 9
PLEASE COMPLETE AND SUBMIT WITH YOUR IRFQ RESPONSE
13'Failure to submit this form may be grounds for disqualification of your submittal"'
R-
GENERAL. TERMS AND CONDITIONS - READ CAREFULLY
Questions relating to this Request for Quotation must be directed to the City of
Sanford, Purchasing Division, hereinafter referred to as `City", at 407.688,5028
or ext. 5030.
RESERVED RIGHTS OF THE CITY
The City reserves the right to unilaterally cancel this Request for Quotation, at its
sole discretion.
WRITTEN COMMUNICATIONS
The terms and conditions of this Request for Quotation shall not to be modified
verbally. All communication shall be in writing.
APPLICABLE LICENSING
The Vendor, at its sole expense, shall obtain all required federal, state, and local
licenses, occupational and otherwise, required to successfully provide the
goods/services set forth herein.
QUALITY
All materials or services furnished on this order must be as specified and subject to
City inspection within a reasonable time after delivery at destination. Variations
in materials or services from those specified in this order must not be made without
prior written authority from the Procurement Administrator, Material rejected will
be returned and shalt be done so at the vendor's sole risk and expense.
QUANTITYIPRICE
The quantity of materials ordered or the prices specified must not be exceeded
without written authority being fust obtained from the Purchasing Division.
INDEMNITY
The Vendor hereby agrees to indemnify and save harmless the City, its officers,
agents and employees from and against any and all liability, claims, damands,
damages, fines, fees, expenses, penalties, suits, proceedings, actions, and cost of
actions, including attorney's fees for trial and on appeal, of any kind and nature
arising or growing out of or in any way connected with the performance of this
Agreement whether by act or omission. of the Vendor, its agents, servants,
employees, or others, or because of or due to the mere existence of this Agreement
between the parties.
PATENT/COPYRIGHT HOLD HARMLESS
The Vendor shalt pay all royalties and assume all costs arising from the use of any
invention, design, process, materials, equipment, product or device which is the
subject of patent rights or copyrights. Vendor shall, at it's own expense, hold
harmless and defend the City against any claim, suit or proceeding brought against
the City which is based upon claim, whether rightful or otherwise, that the goods
or services, or any part thereof, furnished under this Purchase Order, constitute an
infringement of any patent or copyright ofthe United States. The Vendor shall pay
all damages and costs awarded against the City.
PACKING
If awarded a purchase order or Agreement, all invoices and package lists must
dearly be marked with shipper's name, address and Purchase Order Number.
Charges are not allowed for boxing, crating or special deliveries unless previously
agreed upon in writing.
DELIVERY
All materials must be shipped F.O.B. Destination. The City will not pay freight or
expense charges, except by previous agreement. In the event ofthe City agreeing
to F.O.B. Shipping Point, the Vendor must PREPAY SHIPPING CHARGES AND
ADD TO INVOICE. Delivery must be effected within the time stated on Purchase
Order. The City reserves the right to cancel this order and purchase elsewhere if
the Vendor fails to meet the delivery date specified on Purchase Order. Deliveries
shall be made between 6:30AM and 5:OOPM on regular working days unless
otherwise stated. Transport deliveries must be unloaded and ready for inspection
prior to 4:30PM. In case of default by the Vendor, the City may procure the articles
or services covered by this order from other sources and hold the Vendor
responsible for any additional cost occasioned thereby.
MATERIAL SAFETY DATA SHEET
As necessary, the Vendor agrees to furnish the City with a current Material Safety
Data Sheet (MSDS) on or before delivery of each and every hazardous chemical or
substance purchased which is classified as toxic under Chapter 42% Florida
Statutes. Appropriate labels and MSDS's shall be provided for all shipments_ Send
a copy of the MSDS's and other pertinent data to the City Purchasing Division and
include same with product delivery.
OSHA REQUIREMENT
The Vendor hereby guarantees the City that all materials, supplies, and equipment
as listed on the resulting Purchase Order shall meet the requirements, specifications
and standards as provided under the U.S. Department of Labor Occupational Safety
and Health Act of 1970, as from time to time amended and in force at data hereof.
COMPW,NCE WITH LAWS, GUIDELINES, REGULATIONS
The Vendor, at its sole expense shall comply with all laws, ordinances, judicial
decisions, orders, and regulations of federal, state, county and municipal
governments, as well as their respective departments, commissions, boards, and
officers, which are in effect at the time of award or are adopted at any time
following the award.
AWARD
The City reserves the right to reject any or all parts of this solicitation, waive
technicalities and to award to most responsive, responsible bidder, as in the best
interest of the City.
Failure of a Vendor that is awarded a Purchase Order to deliver according to the
Purchase Order or to comply with any of the terms and conditions therein may
disqualify the Vendor from receiving future orders.
PAYMENT TERMS
Payment terms are net 30 days upon delivery and acceptance. The City pays in
accordance with the Prompt Payment Act— Section 219.70, Florida Statutes.
APPLICABLE LAW, VENUE AND JURY TRIAL.
The lavas ofthe State of Florida shall govern all aspects of this order. In the event
it is necessary for either patty to initiate legal action regarding this order, venue
shall lie in Seminole County, Florida. The parties hereby waive their right to trial
by jury in any action, proceeding or claim, arising out of this order, which may be
brought by either ofthe parties hereto.
AUDTTNG, RECORDS AND -INSPECTIONS
The Vendor shall keep books, records; and accounts of all activities, related to this
order, in compliance with generally accepted accounting procedures. If require!,
books, records, and accounts related to the performance of this order shall be open
to inspection during regular business hours by an authorized representative of the
City and shall be retained by the Vendor, for a period of three (3) years after
termination or completion of the services or until the full City audit is complete,
whichever comes first The City shall retain the right to audit the books during the
three-year retention period. • All books, records, and accounts related to the
performance of this order shall be subject to the applicable provisions ofthe Florida
Public Records Act, chapter 119, Florida Statutes. The City also has the right to
conduct an audit within sixty (60) days from the effective date of this order to
determine whether the Vendor has the ability to fulfill its contractual obligations to
the satisfaction of the City. The City has the right to terminate this order used
upon the findings in this audit without regard to any notice requirement for
termination.
WARRANTY
The Vendor agrees to provide a full warranty to the City for all materials and
services which it provides hereunder for one full year following the date ofdelivery
or completion of services_ In the event that the Vendor is called to perform
warranty work, the Vendor will be responsible for all costs incurred in repairing
the areas under warranty. If it is determined that new problem areas have appeared
which were not areas repaired by the Vendor under the Scope of Services set forth
herein, the City will be responsible for the costs incurred in repairing the new areas.
The manufacturer's warranty on materials received and installed shall extend for
the full warranty period.
INSURANCE
The Vendor shall have at a minimum the insurance limits listed hereunder, however
the City reserves the unilateral and sole right to modify said limits when the type
of product or services requested merit a modification of the insurance limits listed
herein. The Vendor shall submit a copy of their Certificate of Liability Insurance
with their quote submittal.
GENERAL LIABILITY: $1,000,000.00
PROFESSIONAL LIABILITY: $1,000,000.00 (only if professional services are to
be provided)
VEHICLE INSURANCE: $1,000,000.00 Combined Property & Bodily Injury
WORKER'S COMPENSATION: $1,000,000.00
PRODUCTS LIABILITY: $1,000,000.00 (only if a product is being provided)
Upon award; the Vendor shall name City of Sanford as a Certificate holder and/or
as additional insured and shall maintain the coverage limits set forth during the
entire term of performing services under this award.
NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO
WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE
PRECEDENCE.
Issued by: FinantetPurchasing Division
Sanford, Florida
IRFQ 18/19-119 AUTO PAINT & BODY REPAIRS
F1 INSURANCE REQUIREMENTS
INSURANCE REQUIREMENTS OUTLINED BELOW APPLICABLE TO CONTRACTS FOR
SERVICES WHEN THE CONTRACTOR PERFORMS ON OR OFF CITY PREMISES
Outline of Requirements:
Contract
Contract does
Contract does
Exceeds
not Exceed
not Exceed
$500,000,180
$500,000,180
$26,000, 30 days
days and
MENNEN
days and no
and no unusual
unusual hazards
unusual
hazards exist
exist
hazards exist
Employers
Employers
Employers Liability
Workers' Compensation $1,000,000 *
Liability
$500,000
Liability
$500,000
Each Accident
Each Accident
Each Accident
*Certificates of exemption are not acceptable in lieu of workers $1,000,000
$500,000
$500,000
compensation insurance Disease
Disease
Disease
$1,000,000
$500,000
$500,000
Commercial General Liability shalt include- Bodily injury liability,
$ 3,000,000 Per
$1,000,000
$ 500,000 Per
Property Damage liability, Personal Injury liability and
Occurrence
Per Occurrence
Occurrence
Advertising injury Habil Coverages shall include: Premises/
$3,000,000
$1,000,000
$500,000
Operations, Products/Completed Operations; Contractual liability-
General
General
General
Independent Contractors, Explosion; Collapse; Underground.
Aggregate
Aggregate
Aggregate
When required by the City, coverage must be provided for sexual
harassment, abuse and molestation
$1,000,000
$1,000,000
$ 500,000 Per
Comprehensive Auto Liability, CSL, shall include "any auto" or
Combined Single
Limit
Combined
Single Limit
Occurrence
$500,000
shall include all of the following: owned, leased, hired, non -owned
$1,000,000
$ 1,004,000
General
autos, and scheduled autos.
General
General
Aggregate
Aggregate
Aggre!gate
$1,000,000
$1,000,000
$1,000,000
Professional Liability (when required)
Minimum
Minimum
Minimum
Builder's Risk (when required) shall include theft, sinkholes, off
100% of
100% Of
100% Of
site storage, transit, installation and equipment breakdown.
completed value
completed
completed value
Permission to occupy shall be included and the policy shall be
of additions and
value of
of additions and
endorsed to cover the interest of all parties, including the City of
structures
additions and
structures
Sanford, all contractors and subcontractors
structures
$3,000,000
$1,000,000
$500,000
Aggregate: No per
Aggregate: No
Aggregate: No per
Garage Keepers (when required)
vehicle maximum
per vehicle
vehicle maximum
preferred
maximum
preferred
preferred
$3,000,000
$1,000,000
$500,000
Combined Single
Combined
Combined Single
Garage Liability (when required)
Limit
$3,000,000
Single Limit
$1,000,000
Limit
$500,000 General
General
General
Aggregate
Aggregate
A re ate
I
1 of 3 insurance Requirements
1. It is noted that Professional Liability, builder's risk, garage keepers and garage
liability is not required unless applicable conditions exist. If clarification is needed
the CONTRACTOR must request clarification from the City of Sanford
Purchasing Office.
II. Vendor, Contractor, bidder shall provide, to the City of Sanford "City," prior to
commencing any work, a Certificate of Insurance which verifies coverage in
compliance with the requirements outlined below. Any work initiated without
completion of this requirement shall be unauthorized and the City will not
be responsible.
Ill. The City reserves the right, as conditions warrant, to modify or increase
insurance requirements outlined below as may be determined by the project,
conditions and exposure_
A Certification Terms and Conditions
IV. It is noted that the City has a contractual relationship with the named vendor,
contractor or provider (collectively referred hereinafter as Contractor) applicable
to a purchase order, work order, contract or other form of commitment by the City
of Sanford, whether in writing or not and has no such contractual relationship
with the Contractor's insurance carrier. Therefore, the onus is on the Contractor
to insure that they have the insurance coverage specified by the City to meet all
contractual obligations and expectations of the City. Further, as the Contractor's
insurance coverage is a matter between the vendor and its insurance carrier, the
City will turn to the Contractor for relief as a result of any damages or alleged
damages for which the Contractor is responsible to indemnify and hold the City
harmless. It is understood that the Contractor may satisfy relief to the City for
such damages either directly or through its insurance coverage; exclusions by
the insurance carrier notwithstanding, the City will expect relief from the
Contractor.
a. The insurance limits indicated above and otherwise referenced are
minimum limits acceptable to the City. Also, all contractor policies
shall to be considered primary to City coverage and shall not
contain co-insurance provisions.
b. All policies, except for professional liability policies and workers
compensation policies shall name the City of Sanford as Additional
Insured.
c. Professional Liability Coverage, when applicable, will be defined on
a case by case basis.
d. In the event that the insurance coverage expires prior to the
completion of the project, a renewal certificate shall be issued 30
days prior to said, expiration date.
e. All limits are per occurrence and must include Bodily Injury and
Property Damage.
f. All policies must be written on occurrence form, not on claims
made Form, except for Professional Liability.
g. Self -Insured retentions shall be allowed on any liability coverage.
h. In the notification of cancellation; The City of Sanford shall be
endorsed onto the policy as a cancellation notice recipient.
Should any of the above described policies of Sanford in
accordance with the policy provisions.
i. Ali insurers must have an A.M. rating of at least A -VII.
2 of 3 Insurance Requirements
It is the responsibility of the Prime CONTRACTOR to ensure that all
sub -contractors retained by the Prime CONTRACTOR shall provide
coverage as defined here -in before and after and are the responsibility
of said Prime CONTRACTOR in all respects.
k. Any changes to the coverage requirements indicated above shall be
approved by the City of Sanford, Risk Manager.
I. Address of "Certificate Holder" is City of Sanford; P 0 Box 1788 (300
N. Park Avenue); Sanford, Florida 32771; Attention Purchasing
Manager; Phone 407.688.5028/5030 Fax 407.688.5021.
m. All certificates of insurance, notices etc. must be provided to the above
address.
n. In the description of the certificate of insurance please also add the
"' the
u"6"'
solicitation number and project name.
AF T SI (ff /NA f /UR E
ftA-. Y -V
Typed Name of AFFIANT
Title
STATE OF
COUNTY OF. 5i filaV�t�
instrument was executed before me this day of
,tv,yt as OAK I rour
251011M.
, who personally swore or affirmed that he/she is authorized to execute this document
and thereby bind the Corporation, and who is _2er QnAUy Jnawn _AQ_= OR has produced
as identification.
JACQUELINE STALWORTH
(stamp) My COMMISSION U Ff192230
L(�E EXPIRES- J-uary 26.2010.
n.
of f:L
The City reserves the unilateral tight to modify the insurance requirements set forth at any time.
PLEASE COMPLETE AND SUBMIT
Failure to submit this form may be grounds for disqualification of your submittal"O
3 of 3 insurance Requirements
DATEIMMMYYYY)
-CERTIFICATE- OF - G-A-RAJOEINS - RANCE
0911.3120%
TM, dF'fN HOLDER- THIS
ISSUE "S WrAT. F ED Eft 'THE POLICIES
THIS 1EE-AT1FIPAVIS)'..AjD.A. -bK
Aj$�&%: eXtEND.011 AL-fEk.-THE --iUNERAI -AFFOM
cri"s AFMM�TlVkLy -0
. cATP-. DSS UOT
BELOW. THIS CERMFICATe -9f, INSURANCE 'VMS WOT C04 A CONTR2.ACT BEnNEEN THE MS
RIFFRESENTAIWEVRPAO ER;A§-
Impo , ION ISWD
'`Wbido
thwterin�.an&C06 qu to an endomemonL A--�ftom"tPri-Vis cGrwqaW1aQ" not COnf�r�qhts-dtthe
In' -fibell
GR. AGT
Ne, FAX
407-M2-004
Tony Russi InslirWito'A
2676 S. Frstdh-Avatiija .=64
Sanford FL 327T3.. MM§j AFFORDING. t_AGF-
INSUREa.
dba.Sanford'kift'4---!§ady
26al counvy Club kiia&
.Sanford VL g27744060 -
THIS IS
A"4
A AUTOS i3t1l14
X
A 11 PX, LEGAL L."ILTry
DIRECTPvamy .SASIS,
X Exr � 0M -
COMMEWM - C.ENE W4: ; LIAB03W
IN Iit%GttR
Grzk:&A0GRBGA 01
TELIMMAMIESPER-'
POi3EX0 PRO.
, JECT EOE
4
D174k
X UMDREUA:LIAB: goum
CLAWIV
6.14068204-f
REMARKS.(AC6R0*;
�.0
Cutifacte tfow-evis-M d4lt ad000..*Iagpitd.
.300 N Park Ave
-----------
ACORD 30 (2614164). no ACORD
IiiE
INSUgED UMED - Tm Foucy MUM
& bTHER WCiNEffr -WM RESPECT- TO VVii]C;H THIS
'tiESG
RtSED jigREII4 )S SUWEC-T fd ALL.THE TERMS,
UNM
AMP-ONUX(E4 8-cidetA)
W 1100010
lo E� 4DODEW J.,000 000.
061 4
E.E. EACH AGCtt)EN2' S
E!4jD F -ML=.
Rim IN
DA-W-'J"91140V On Wimi- im:bW
ArMI)ANW.-WITA
.iw All
CERTIFICATE OF LIABILITY INSURANCE
OATS(MMrrerr Y)
06128/2018
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT_ If the certificate holier is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the poEicy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorstaman s}.
N
PRODUCER NAME -
Stonehenge Insurance Solutions, Inc. PHONE FAX
300 Avenue of the Champions AIG No NO
Ste. 222 ADDt LEbS: oerts@stonehengels com
Palm Beach Gardens, FL 33418
INSURED
Professional Employer Resources, Inc.
Professional Employer Resources Two, Inc
500 N. Maitland Ave., Ste 201
Mailland, FL 32751
ATC AIIIaARGp -N ATPY.Ins
B:
NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
0-.TUM—LTR
FOUCYNUMBER
MMIDDY EFF
M�
LIMITS
COMMERCIAL GENERAL LIABILITY 1 EACH OCCURRENCE $
CLAIMS -MADE EJOCCUR PREMISES Ea acocrrrertoa $
I MED EXP (Ary one person) S
PERSONALS ADV INJURY S
TGEN'LGGR£GATELiMtTAPPUESPER:GENERAL AGGREGATE s
❑ LOCI PRODUCTS-COMPIOPAGG S
DGY JE�
ER: S3 GLE LIMIT
AUTOMOBILE LIABILITY E8 8ceid� is
ODILY INJURY (Per person) S.
ANY AUTO
OWNED SCHEDULED �BCODILYINJURY(Per accdent) $
I
AUTOS ONLY AUTOS ROPE
HIRED NON-0WNED r dent S
AUTOS ONLY AUTOS ONLY S
UMBRELLA LIAR OCCUR i EACH OCCURRENCE _ $
EXCESS LIAB CLAIMS -MADE :AGGREGATE $
DEO RETENTION$S
726383 07/01!2018 107109/2095 X$ ER O R
A WORKERS COMPENSATION
AND EMPLOYERS LIABILITY Y i N 1,000,000
EL EACH ACCIDENT $
ANY PROPRIETOTUPARTNERtEXECUTIVE
N tA' 1,000,000
OFFICERIMEMSER DrCLUDED4
= (Mandatory in NH) L,L DISEASE - EA EMPLOYEE $
DISEASE POLICY LIMIT i S 1,000,000
!} yas, tle$rnba under j EJ_ -
DESCRIPTIONOFOPERATIONSbelow . $
S
3 $
$
l I $
DESCRIPTION OF OPERATIONS ► LOCAATLONS 1 VETOCL.ES (ACORD 101, Additional Remarks Schedule, may be attached if mare spa[x i$ required}
leased but not subcontractors of: Martin Collision Center dba Sanford Point & Body
Coverage is extended to all employees
Sanford Paint & Body
2601 Country Club Road
Sanford, FL 32779
rAatr`Ci I ATWIM
SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCEWITHTHE pOUCY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Page 1 Cr 1 (P1989-2015 AGA
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
RATION. All rights
UL
Request for Taxpayer
Give Form to the
MW
Identification Number and Certification
requester. Do not
Reevv.. November 2017)
send to the IRS.
)epartment of the Treasury
nternaI RZ.01 `a Service
► Go to wwwJmgoviFormW9 for instructions and the latest est information.
I Name (as shown on your income tax return}. Name is required on this fine; do not leave this rine blank
Martins Collision Center, inc.
2 Business namefdisregarded entity name, it different from above
Sanford Paint and Body
3 Check appropriate box for federal tax ciass�cation of the person whose name is entered online 1. Check only one of the
4 Exemptions (codes apply only to
rn
es
following seven boxes
certain entities, not Individuals; see
instructions on page 3):
Q.
e
F-1 Individual/sole proprietor or ❑ C Corporation ❑✓ S Corporation ElPartnership C3Trustlestate
c
single -member LLG
Exempt payee code (if any)
cLn
El Limited liability company. Enter the tax classification (C=C corporation. S=S corporation, P --Partnership) 10-
p :3
Note. Check the appropriate box in the line above for the tax classificgOon of the single -member owner. Do not check
Exemption from FATCA reporting
0 t
LLG if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is
LLG
cods {if any)
another LLC that Is not disregarded from the owner for U.S. federal tax purposes, Otherwise, a single -member that
0. c
Is disregarded from the owner should check the appropriate box for the tax classification of its owner.
d
❑ Other (see instructions) ►
(Applies to aCtPlhlt manta ned a �s da the U.S!
6 Address (number, street, and apt, or suite no.) See instructions.
Requester's name and address (optional)
2601 Country Club Road
6 City, state, and ZIP code
Sanford, FL. 32771
7 List account number(s) here (optional)
Taxpayer Identification Number (TINT)
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
social security number
qu
-
m
-
backup withholding. For individuals, this is generally your social security number (SSM. However, for a
resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other
e.,rte:m� i+! .,— r o.,,.,r,,,,a� rrioniiEra+lt n n„n,tiar (FINt_ N vnrr rin not have a number. see How to set a
TIN, later, or
Note: If the account's in more than one name, see the instructions for line 1. Also see What Name and I Employer identification number
Number To Give the Requester for guidelines on whose number to enter.
3 2- 0 1 0 1 1 1 0 1 9 8 0
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that i am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that 1 am
no longer subject to backup withholding; and
3.1 am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You waist cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments
other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for fart II, later.
Sign Here I uSignature. ppersorr. T - &t66 t f ! l a 41 `:-1 Date ► 1>V C ,l --Ib
General Instru
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions, such as legislation enacted
after they were published, go to www.lrs.gov1FomriM.
An individual or entity (Form W-8 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer
identification number (TIN) which may be your social security number
(SSM, individual taxpayer identification number (ITIN), adoption
taxpayer identification number (ATIN), or employer identification number
(EIN), to report on an information return the amount paid to you, or other
amount reportable on an information return. Examples of information
returns include, but are not limited to, the following.
- Form 1099 -INT (interest earned or paid)
• Form 1099 -DIV (dividends, including those from stocks or mutual
funds)
• Form 10g9-MISC (various types of income, prizes, awards, or gross
proceeds)
- Form 1099-8 (stock or mutual fund sales and certain other
transactions by brokers)
■ Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
ff you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding, See What is backup withholding,
later.
Cat, No. 10231X Formal -9 (Rev, 11-2017)
State of Florida
- . Department of Agriculture and Consumer SOP
ervices Registration No.: MV�$�1�
Vii...
— 2005 Apalachee Pkwy Expiration Date: May 30, 2020
Tallahassee, Florida 32399-6500
Motor Vehicle Repair
POST CERTIFICATE
CONSPICUOUSLY Registration Certificate
Chapter 559, Florida Statutes
GOOD ONLY FOR THE LOCATION LISTED BELOW
SANFORD PAINT & BODY
2601 COUNTRY CLUB RD
SANFORD, FL 32771-4060 ADAM H. PUINI AM
COMMISSIONER OF AGRICULTURE
OWNED BY:
MARTIN'S COLLISION CEN'T'ER, INC
This is to certify that the Motor Vehicle Repair Shop whose name and address are shown above bas registered and paid the prescribed fee (based on the dechared number of
mechanics, technicians, and helpers) as requited by s. 559.904 P.S- and is authorized to perform Motor Vehicle iRepain at the location shown above.
05051 10I19A3 ------
DFt-11
Certificate of Registration, R. 10113
issued Pursuant to Chapter 212, Florida Statutes
DEPARTMENT
OF REVENUE
69-8012207151-8 05/30/02
Certificate Number Registration Effective Date
This cerKes that
SANFORD PAINT & BODY
MARTINS COLLISION CENTER INC
2601 COUNTRY CLUB RD
SANFORD FL 32771-4060
has met the sales and use tax registration requirements for the business location stated above and is authorized to collect and remit
tax as required by Florida law. This certificate is non transferable.
POST THIS CERTIFICATE IN A CONSPICUOUS PLACE
SEMINOLE COUNTY BUSINESS TAX RECEIPT
JOEL M. GREENBERG, SEMINOLE COUNTY TAX COLLECTOR
POBOX 630 I SAN FO RD, FL 32772 1 407-665-1000
WWW.SEMI N OLECOUNTY.TAX
VALID THROUGH 09/30119
SANFORD PAINT & BODY
2601 COUNTRY CLUB RD
SANFORD, FL 32771
DAVID MARTIN (FRES}
Receipt #:104320.18081728756
Account #:117272
REGULATED
License # - MV45319
Amount Paid: $ 45-00 Date Paid: 08117/2018
i WOO 0
I
0 CITY OF CITY OF SANFORD
M S FORD Building Division
FLORIDA PO Box 1788, Sanford, FL 32772-1788
2019
LOCAL BUSINESS TAX RECEIPT
VALID THROUGH SEPTEMBER 30, 2019
SANFORD PAINT & BODY INC
MARTIN COLLISION CENTER INC
2601 COUNTRY CLUB RD
SANFORD FL 32771
This receipt is a local business -tax only. It does not. permit the local business taxpayer to
violate any existing zoning or regulatory laws of the state or county, nor does it exempt the
business taxpayer from any other license or permits required by law.
Issue Date,. July 19, 2018 Control Number: 0013978
Business Location: 2601 COUNTRY CLUB RD
SEMINOLE COUNTY TAX RECEIPT REQUIRED
ORIGINAL TAX RECEIPT MUST BE DISPLAYED ON PREMISES
1 2018 Florida Annual Resale Certificate for Sales =Tax
THIS CERTIFICATE EXPIRES ON DECEMBER 31, 2018
FLORIDA
Business Name and Location Address Certificate Number
MARTINS COLLISION CENTER INC 69-8012207151-8
SANFORD PAINT & BODY
2601 COUNTRY CLUB RD
SANFORD, FL 32771-4060
DR -13
R. 10/17
By extending this certificate or the certificate number to a selling dealer to make eligible purchases of taxable
property or services exempt from sales tax and discretionary sales surtax, the person or business named
above certifies that the taxable property or services purchased or rented will be resold or re -rented for one or
more of the following purposes:
• Resale as tangible personal property.
• Re -rental as tangible personal property.
• Resale of services.
• Re -rental as commercial real property.
• Incorporation into tangible personal property being repaired.
• Re -rental as transient rental property.
• Incorporation as a material, ingredient, or component part of tangible personal property that is
being produced for sale by manufacturing, compounding, or processing.
Your Florida Annual Resale Certificate for Sales Tax (Annual Resale Certificate) allows you or your
representatives to buy or rent property or services tax exempt when the property or service is resold or
re -rented. You may not use your Annual Resale Certificate to make tax-exempt purchases or rentals of
property or services that will be used by your business or for personal purposes. Florida law provides for
criminal and civil penalties for fraudulent use of an Annual Resale Certificate.
As a seller, you must document each tax-exempt sale for resale using one of three methods. You can use a
different method each time you make a tax-exempt sale for resale.
1. Obtain a copy (paper or electronic) of your customer's current Annual Resale Certificate.
2. For each sale, obtain a transaction authorization number using your customer's Annual Resale
Certificate number.
3. Each calendar year, obtain annual vendor authorization numbers for your regular customers using
their Annual Resale Certificate numbers.
Phone: 877-357-3725 and enter your customer's Annual Resale Certificate number
Online: Visit www.floridarevenue.com, select "Businesses and Employers" and then "Verify Resale
and Exemption Certificates"
Mobile App: Available for !Phone, iPad, Android devices, and Windows phones
Olity��,{ •
October 23, 2018
Contract/Agreement Name:
DBG, Ltd. Co.
IRFQ 18/19-119 Auto Paint and Body Repairs (3)
contractors were awarded. The PO's are less than
$50,000 does not need CC approval.
2. Sanford Paint and Body Inc
3. Martins Collision Center
Approval:
f A,
Finance Director
Dale
/O
Date
a
y attorney Date